Buyer Name: Perth & Kinross Council
Buyer Address: 2 High Street, Perth, UKM77, PH1 5PH, United Kingdom
Contact Name: Richard Welch
Contact Email: RWelch@pkc.gov.uk
Contact Telephone: +44 1738475000
Buyer Name: Perth & Kinross Council
Buyer Address: 2 High Street, Perth, UKM77, PH1 5PH, United Kingdom
Contact Name: Richard Welch
Contact Email: RWelch@pkc.gov.uk
Contact Telephone: +44 1738475000
Perth and Kinross Council are seeking to appoint suitably qualified and experienced contractors to carry out the smoke alarm replacements in approx. 2,300 properties. The proposed scope of works is to replace the smoke alarms installations in approximately 1,150 properties per year. The contract shall endure for 24 months with an optional extension of 12 months. The works will involve fitting at least 1 mains voltage multi sensor per property using the existing Aico base plate. The remainder of the smoke/heat alarms can be Aico battery powered models as detailed in the tender document.
No linked documents found for this notice.
Lot Description: Perth & Kinross Council is seeking to appoint a suitably qualified and experienced contractor to supply and install replacement smoke alarms in approx, 2300 domestic properties over a two year period in the Perth & Kinross council area. There is an optional 12-month extension option. This contract is required to upgrade smoke alarms to Grade D/FD1 LD2 standard. Additional information: Estimated contract value includes extension period.
Lot 1 Status: active
Lot 1 Has Options: No
Lot 1 Value: GBP 4,140,000
Lot 1 Award Criterion (quality): Quality
{
"buyer": {
"id": "GB-FTS-1263",
"name": "Perth \u0026 Kinross Council"
},
"date": "2025-05-01T13:28:52+01:00",
"description": "The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 29137. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343\nThe Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:\nN/A\nCommunity benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/\nA summary of the expected community benefits has been provided as follows:\nCommunity Benefits question will be asked in the ITT.\n(SC Ref:797714)",
"id": "018420-2025",
"initiationType": "tender",
"language": "en",
"links": [
{
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000790563",
"rel": "canonical"
}
],
"ocid": "ocds-h6vhtk-04de8b",
"parties": [
{
"address": {
"countryName": "United Kingdom",
"locality": "Perth",
"postalCode": "PH1 5PH",
"region": "UKM77",
"streetAddress": "2 High Street"
},
"contactPoint": {
"email": "RWelch@pkc.gov.uk",
"name": "Richard Welch",
"telephone": "+44 1738475000",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"details": {
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372",
"classifications": [
{
"description": "Regional or local authority",
"id": "REGIONAL_AUTHORITY",
"scheme": "TED_CA_TYPE"
},
{
"description": "General public services",
"id": "01",
"scheme": "COFOG"
}
],
"url": "http://www.pkc.gov.uk"
},
"id": "GB-FTS-1263",
"identifier": {
"legalName": "Perth \u0026 Kinross Council"
},
"name": "Perth \u0026 Kinross Council",
"roles": [
"buyer"
]
},
{
"address": {
"countryName": "United Kingdom",
"locality": "Perth",
"postalCode": "PH2 8NL",
"streetAddress": "County Building, Tay Street"
},
"id": "GB-FTS-61243",
"identifier": {
"legalName": "Perth Sheriff Court"
},
"name": "Perth Sheriff Court",
"roles": [
"reviewBody"
]
}
],
"tag": [
"tender"
],
"tender": {
"classification": {
"description": "Fire-prevention installation works",
"id": "45343000",
"scheme": "CPV"
},
"contractTerms": {
"electronicInvoicingPolicy": "allowed",
"hasElectronicOrdering": true,
"hasElectronicPayment": true
},
"coveredBy": [
"GPA"
],
"description": "Perth and Kinross Council are seeking to appoint suitably qualified and experienced contractors to carry out the smoke alarm replacements in approx. 2,300 properties. The proposed scope of works is to replace the smoke alarms installations in approximately 1,150 properties per year. The contract shall endure for 24 months with an optional extension of 12 months.\nThe works will involve fitting at least 1 mains voltage multi sensor per property using the existing Aico base plate. The remainder of the smoke/heat alarms can be Aico battery powered models as detailed in the tender document.",
"hasRecurrence": true,
"id": "PKC13259",
"items": [
{
"additionalClassifications": [
{
"description": "Fire-detection systems",
"id": "31625100",
"scheme": "CPV"
},
{
"description": "Fire-alarm systems",
"id": "31625200",
"scheme": "CPV"
},
{
"description": "Fire-alarm system installation work",
"id": "45312100",
"scheme": "CPV"
},
{
"description": "Installation services of fire protection equipment",
"id": "51700000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM77"
}
],
"deliveryLocation": {
"description": "Perth \u0026 Kinross Council area"
},
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "60",
"name": "Quality",
"type": "quality"
},
{
"description": "40",
"type": "price"
}
]
},
"contractPeriod": {
"durationInDays": 1080
},
"description": "Perth \u0026 Kinross Council is seeking to appoint a suitably qualified and experienced contractor to supply and install replacement smoke alarms in approx, 2300 domestic properties over a two year period in the Perth \u0026 Kinross council area. There is an optional 12-month extension option.\nThis contract is required to upgrade smoke alarms to Grade D/FD1 LD2 standard. Additional information: Estimated contract value includes extension period.",
"hasOptions": false,
"hasRenewal": true,
"id": "1",
"renewal": {
"description": "contract period of 24-months, with a possible 12-month extension period"
},
"secondStage": {
"maximumCandidates": 8,
"minimumCandidates": 6
},
"status": "active",
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"value": {
"amount": 4140000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "works",
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"recurrence": {
"description": "36 months"
},
"secondStage": {
"invitationDate": "2025-07-28T00:00:00+01:00"
},
"selectionCriteria": {
"criteria": [
{
"appliesTo": [
"supplier"
],
"description": "4B.4 The Bidder will be required to state the values for the following for the last two financial years:\n1. Current Ratio (Current Assets divided by Current Liabilities)\n2. Net Assets (Net Worth) (value per the Balance Sheet)\n4B.5.1 The Bidder must confirm they already have, or can commit to obtain, prior to commencement of the contract:\nProfessional Indemnity Insurance\nEmployer\u2019s Liability Insurance\nPublic Liability Insurance",
"minimum": "4B.4 Financial Ratios\nThe acceptable range is:\n1. Current Ratio - it is expected that the ratio is equal to or greater than 1, i.e. Current Assets will equal or exceed Current Liabilities for both years. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.\n2. Net Assets (Net Worth) - it is expected that the Net Worth will be positive, i.e. a Net Assets position for both years. Reasons for not meeting the required test to be disclosed together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.\n4B.5 Level of Insurance\nProfessional Indemnity Insurance in the sum of GBP2,000,000 for any one occurrence or series of occurrences arising out of one event.\nEmployer\u2019s Liability Insurance in the sum of GBP10,000,000 for any one occurrence or series of occurrences arising out of one event.\nPublic Liability Insurance in the sum of GBP5,000,000 for any one occurrence or series of occurrences arising out of one event.",
"type": "economic"
},
{
"appliesTo": [
"supplier"
],
"description": "4C.1 Bidders will be required to provide 2 examples of how they have delivered a similar service within the last five years.\n4C.2 Technicians and Technical Bodies\n4C.6 Qualifications\n4C.7 Environmental Management\n4D.1 Quality Management Procedures\n4D.1 Health and Safety Procedures",
"minimum": "4C.1 Bidders should provide details of two similar size contracts, where they have installed smoke detectors in at least 25 properties per week. The response should include the duration of the works. The bidder will score highly if they demonstrate carrying out installation works in properties that are occupied and for Local Authorities, Housing Associations and Registered Social Landlords.\n4C.2 Bidders should demonstrate that they are trained to install the Aico smoke detectors and attend regular CPD\u0027s with Aico to ensure they are up to date with the products and installation. Produce evidence of training. Bidders will score well if they can demonstrate they have received Aico installer training, as well as refresher courses and keep up to date with product and technology developments.\n4C.6 Bidders should demonstrate that they are suitability qualified: 18th Edition Wiring Regulations. Members of NICEIC or Select.\n4C.7 Bidders to provide details of how they have dealt with disposing of expired alarms and for recycling the packaging from the new alarms on previous contracts. The response should include all your measures for tackling climate change.\n4D.1 Quality Management Procedures\n1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),\nOR\n2. The bidder must be able to provide documented evidence of their Quality Management policies and procedures as detailed in the Instructions for Tenderers document.\n4D.1 HEALTH AND SAFETY PROCEDURES\n1. The bidder must hold a UKAS (or equivalent), accredited independent third-party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.\nOR,\n2. The bidder must be able to provide documented evidence of their Health and Safety policies and procedures as detailed in the Instructions for Tenderers document.",
"type": "technical"
}
]
},
"status": "active",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"submissionTerms": {
"bidValidityPeriod": {
"durationInDays": 90
},
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-06-03T12:00:00+01:00"
},
"title": "PKC13259 Domestic Smoke Alarm Replacement",
"value": {
"amount": 4140000,
"currency": "GBP"
}
}
}